Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

V -- DUNBAR ARMORED CAR SERVICES FOR THE BRECKSVILLE, WP CANTEEN AND AGENT CASHIER

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561613 — Armored Car Services
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-10-RP-0066
 
Response Due
1/27/2010
 
Archive Date
3/28/2010
 
Point of Contact
Maladean E. Hudson440 526-3030ex7414
 
E-Mail Address
Contract Specialist
(maladean.hudson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. Solicitation VA-250-10-RP-0066 is issued is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are that in effect through Federal Acquisition Circular 2005-38. This proposal unrestricted. NAICS code assigned to this procurement is 561613 (Armored Car Services) with a size standard of $12.5million.This synopsis is a streamlined solicitation of offers for commercial items for use where appropriate. The intent of these is to simplify the process of preparing and issuing solicitations/synopsis for evaluating offers for commercial items and services consistent with commercial practices. Only written requests received directly from the requester are acceptable. VA Medical Center 10701 East Boulevard Cleveland OH 44106 (Wade Park)VA Medical Center 10701 East Boulevard Cleveland OH 44106 (Wade Park) Service Estimated Quantity Unit CostTotal Base Period-Date of Award to 09/30/2010 CLIN 001 Armored car service for the Agent Cashier M-F(240 days) CLIN 002 Armored car service for the Veterans Canteen Service (VCS) Mon, Wed, Frid or the Day after a holiday (154 days) Total Base Period Option Year 1- 10/1/2010 to 09/30/2011 CLIN 003 Armored car service for the Agent Cashier M-F (240 days) CLIN 004 Armored car service for the Veterans Canteen Service (VCS) Mon, Wed, Frid or the Day after a holiday (154 days) Total Optional Year 1 Option Year 2- 10/1/2011 to 09/30/2012 CLIN 005 Armored car service for the Agent Cashier M-F (240 days) CLIN 006 Armored car service for the Veterans Canteen Service (VCS) Mon, Wed, Frid or the Day after a holiday (154 days) Total Option Year 2 Option Year 3- 10/1/2012 to 09/30/2013 CLIN 007 Armored car service for the Agent Cashier M-F (240 days) CLIN 008 Armored car service for the Veterans Canteen Service (VCS) Mon, Wed, Frid or the Day after a holiday (154days) Total Option Year 3 Option Year 4- 10/1/2013 to 09/30/2014 CLIN 009 Armored car service for the Agent Cashier M-F (240 days) CLIN 010 Armored car service for the Veterans Canteen Service (VCS) Mon,Wed, Fri or the Day after a holiday (154 days) Total Option Year 4 Total : Base Period, Option Yr 1, Option Yr 2, Option Yr 3 and Option Yr 4, Inclusive VA Medical Center, 10000 Brecksville OH 44141 (Brecksville) Base Period-Date of Award to 09/30/2010 CLIN 011 Armored car service for the Agent Cashier M-F (74 days) CLIN 012 Veterans Canteen Service VCS Armored car service Mon and Frid (102 days) Total Base Year: Option Year 1- 10/1/2010 to 09/30/2011 CLIN 013 Armored car service for the Agent Cashier M-F (240days) CLIN 014 Veterans Canteen Service (VCS) Armored car service M-F (104 days) Total Option Year 1: Option Year 2- 10/1/2011 to 09/30/2012 CLIN 015 Armored car service for the Agent Cashier M-F (240 days) CLIN 016 Veterans Canteen Service (VCS) Armored car service M-F (104 days) Total Option Yr 2: Option Year 3- 10/1/2012 to 09/30/2013 CLIN 017 Armored car service for the Agent Cashier M-F (240 days) CLIN 018 Veterans Canteen Service (VCS) Armored car service M-F (104 days) Total Option Yr 3: Option Year 4 - 10/1/2013 to 09/30/14 CLIN 019 Armored car service for the Agent Cashier M-F (240 days) CLIN 20 Veterans Canteen Service VCS Armored car service: M-F (104 days) Total Option Yr 4: Grand Total - Cleveland and Brecksville Inclusive Total - Base Period, Option Year 1, Option Year 2, Option Year 3 and Option Year 4, Inclusive C. DESCRIPTION/SPECIFICATIONS/WORK STATEMENTS Contractor shall provide all labor, materials, equipment transportation, Supervision and disposal necessary for armored car pick-ups and Deliveries at the Louis Stokes Cleveland VA Medical Center Wade Park and Brecksville locations in accordance with the terms and conditions of the contract, the scope of work, and the applicable wage rate determination incorporated herein. Period of Performance: Base Year: Date of Award - 9/30/2010 to include four option years. Contractor will be required to pickup locked bags from the location designated by each VA Agent Cashier and Veteran Canteen as listed below, and transport locked bags to the bank for each VA 1.1.1DVAMC, 10000 Brecksville Road, Brecksville, OH 44141: (Brecksville) a. Armored car service for the Agent Cashier, Bldg. 1, Room C125, Monday through Friday except Federal Holidays, with the following requirements: Pick up checks daily between 8:15am-9;30am and deliver to Key Bank, 7 Public Square, McQueery Office, Brecksville, OH by noon the following day and pick up any orders filled. Deliver orders to the VA Cashier the following work day and additional deliveries as needed. 1.2.1 Armored car service for Veteran Canteen Service: as follows: Pickup and delivery service for the Canteen deposits and change fund replenishments are on Monday and Friday. 1.2.2 LSCVAMC, 10701 East Blvd., Cleveland, OH 44106: (Wade Park) a. Armored car service for the Agent Cashier, Room 8125, Monday through Friday except Federal Holidays, with the following requirements: Pick up checks daily between 10:30am-11:30am and deliver to Key Bank, 127 Public Square, Cleveland, OH by noon the following day and pick up any orders filled. Deliver orders to the VA Cashier the following work day and additional deliveries as needed. 1.2.3 Armored car service for Veteran Canteen Service: a. Pickup and delivery service of for the Canteen deposits and change fund replenishments are on Monday, Wednesday and Friday, or the Tuesday after Monday Holidays. b. The contract will not perform pick-ups on any federal holiday: New Years Day Memorial DayColumbus DayVeterans Day ThanksgivingChristmas Martin Luther King Jr. Independence Day Washington's BirthdayLabor Day c. Contractor will obtain deposit slips, when deposits are made, and return said deposit slip to the VA on the next delivery date. Contractor will furnish the Contracting Officer or authorized designee and COTR with an up-to-date list of personnel authorized to make pick-ups at that location under this contract. No additional fuel surcharges will be compensated. Pickups and deliveries will be accomplished on the dates and times outlined for each V.A. d. All personnel will be provided with the proper identification by the Contractor. New and/or additional personnel may be added to the list, in writing, anytime during the term of the contract. Updated list must be provided to the Contracting Officer upon any additions or deletions of personnel. e. If during the term of this contract, personnel who no longer becomes authorized to make pickups or deliveries due to any type of termination of employment or pending investigation, the Contractor will inform the Contracting Officer or COTR Janet Ryan, Fiscal Services, phone: 440 526-3030ex 7191 IMMEDIATELY by telephone and followed up in writing. 1.2.4 EVIDENCE OF COVERAGE: a. Satisfactory insurance coverage is a condition precedent to award of a contract. In general, a successful bidder must present satisfactory evidence of full compliance with State and local requirements, or those below stipulated, whichever are the greater. Prior to award, the contractor must provide to the Contracting Officer evidence of adequate bonding which allows the contractor to provide this service in accordance with Federal State and local laws. b. Workers' compensation and employer's liability coverage will conform to applicable State law requirements for the service contemplated. Whereas general liability and automobile liability of comprehensive type shall, in the absence of higher statutory minimums, be required in the amounts per vehicle used of not less than $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. c. State-approved sources of insurance coverage ordinarily will be deemed acceptable to the Department of Veterans Affairs installation, subject to timely certifications by such sources of the types and limits of the coverage is afforded by the sources to the bidder. 1.2.5 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS a. All contractor employees who require access to the Department of Veterans Affairs' computer systems and/or unescorted access to restricted areas of the LSVAMC shall be the subject of a background investigation and must receive a favorable adjudication from VA Law Enforcement Training Center and the LSVAMC's Information Security Officer prior to contract performance. This requirement is also applicable to all subcontractor personnel requiring the same access. b.Security Requirements for this Contract (1) Position Sensitivity: The position has been designated as Low Risk/Low Sensitivity. (2) Background Investigation: The level of background investigation commensurate with the required level of access is National Agency Check with Written Inquiries (NACI). c. Contractor Responsibilities (1) The Contractor shall bear the expense of obtaining background investigations. If the Office of Personnel Management (OPM) conducts the investigation, the contractor shall reimburse the DVA within 30 days. (2) The Contractor shall prescreen all personnel requiring unrestricted access to LSVAMC and/or access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. (3) The Contractor shall prepare and forward a listing of all contractor personnel that will be performing services while on the property of LSVAMC under this contract to the Contracting Officer for input into the Central Database for background investigations. Information required: Name (Last, First, Middle) Social Security Number (SSAN) Date of Birth (DOB)E-mail address where available Place of Birth (City, State (if foreign born, State will be FB), Country) Occupation (Position Title for the Contract) Offerors should submit quotes based on the work requirements specified herein. Service Disabled Veteran Owned small businesses are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is required in preparing their proposal. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. Offerors shall thoroughly review the specifications and include a delivery time for specified requirements. Offerors responding to this synopsis shall also provide information included in the Federal Acquisition Regulation (Far 52.212.2 Evaluation - Commercial Items) all offerors please include a completed copy of the provision at 52.212-3, Offeror Represesentations and Certifications-(ORCA) Commercial Items, with your offer. NOTE: The Government reserves the right to award at BEST VALUE The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors used to evaluate offers: Technical capability of the services offered to meet the Government requirement, Price, Past Performance. The relative order of importance of the evaluation factors are in ascending order of importance. Technical Capability and Past Performance, when combined, are greater than Price. Evaluations may be made without discussions with offeror(s). Federal Acquisition Regulations require that all contractors submitting offers/bids to obtain contracts with agencies of the Federal Government; including the Department of Veterans Affairs, must be registered at; Central Contractor Registration (CCR) database prior to receiving an award. Registration in CCR must be maintained during performance and through final payment of any contract or award resulting from a solicitation. You may register easily and quickly on-line at https://www.ccr.gov. Payments are sent to the address indicated in the quote under this contract. PROVISIONS AND CLAUSES The full text of a FAR provision or clause is available for access electronically at www.acqnet.gov/far. The Veterans Administration (VAAR) clauses and provisions can be accessed at, http://www.va.gov/oa&mmlvarr/. The clause at 52.212.4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, along with 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive order-Commercial Items, applies to this acquisition. The following FAR and VAAR clauses and provisions shall apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; Addendum 52.212.-1 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.204-7 Central Contractor Registration; 52.212-2 Evaluation - Commercial Items 52.237-1 Site Visit 52.237-2 Protection of Government Building, Equipment and Vegetation 852.237-70 Contractor Responsibilities APR 1984 852-271-70 Nondiscrimination in Service Provided Beneficiaries APR 1984 52.233-2 Service of Protest AUG 1996 852.233-70 Protest Content JAN 2008 852-233-71 Alternate Protest Procedure JAN 1998 852.270-1 Representative of Contracting Officers JAN 2008 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act of 1965, as Amended 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.222-54 Employment Eligibility Verification Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated and available for download at www.nist.gov/admin/od/contract/agency.htm Quotes are due no later than 9:00 a.m., EST local time, January 27, 2010. Submit questions to Maladean E. Hudson via e-mail at maladean.hudson@va.gov, or by facsimile at (440) 838-6052.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA-250-10-RP-0066/listing.html)
 
Place of Performance
Address: 10000 Brecksville Rd;Brecksville OH 44141;10701 East Blvd;Cleveland OH 44106
Zip Code: 44141
 
Record
SN02046939-W 20100123/100121235410-7c059b9e31f30bee9531aebd23c7d1f3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.